ContractSolicitation

Oklahoma City Overflow Parking

DEPARTMENT OF VETERANS AFFAIRS 36C24W26R0011
Response Deadline
May 4, 2026
33 days left
Days Remaining
33
Until deadline
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is seeking a lease for overflow parking to support the Oklahoma City VA Hospital. The requirement is for a parking lot with at least 1,000 spaces, including 970 standard spaces, 26 ADA handicap spaces, and 4 van-accessible handicap spaces, along with appurtenant rights tied to the lease. The site must be built to VA specifications, zoned for the intended use, outside the FEMA 100-year floodplain, not a sublease, and compliant with security and accessibility requirements, including fencing, lighting, video surveillance, RFID-controlled gates, and shuttle waiting areas. Offers are due May 4, 2026, questions are accepted until April 27, 2026, and proposals will be evaluated on price and technical factors such as site location, past performance, and experience.

Classification Codes

NAICS Code
531190
Lessors of Other Real Estate Property
PSC Code
X1LZ
LEASE/RENTAL OF PARKING FACILITIES

Solicitation Documents

16 Files
OKC Overflow Parking SSN 36C24W26R0011.pdf
PDF307 KBDec 9, 2025
AI Summary
The Department of Veterans Affairs (DVA) is seeking expressions of interest for a 20-year lease of 1,000 parking spaces to serve as an overflow parking lot for the Oklahoma City VA Medical Center. This pre-solicitation notice, identified by 36C24W26R0011, is not a request for proposals but aims to identify potential sources and suitable locations within a defined area of Oklahoma City. The DVA requires the selected offeror to handle design, construction, maintenance, and operation of the facility, adhering to DVA specifications for amenities like fencing, gates, shuttle waiting areas, and video surveillance. The lease term will be 10 years firm with an optional 10-year non-firm term, with an estimated occupancy date of October 1, 2026. Tenant improvements are anticipated to be between $251,000 and $500,000. Interested parties, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), must submit electronic expressions of interest by December 29, 2025, to Miranda Kloeppel. The NAICS code for this procurement is 531190, with a small business size standard of $41.5 million. A Request for Lease Proposals (RLP) is anticipated in the first quarter of 2026.
OKC Overflow Parking RLP 36C24W26R0011 (Feb. 2026).pdf
PDF593 KBMar 26, 2026
AI Summary
The Department of Veterans Affairs (VA) is soliciting proposals (RLP NO. 34C24W26R0011) for a lease in Oklahoma City, OK, to provide a minimum of 1,000 parking spaces. Offers are due by May 4, 2026, and questions will be accepted until April 27, 2026. The lease term will be 20 years, with a 10-year firm term, and the VA reserves termination rights. The desired area of consideration is bounded by 63rd Street (North), SE 25th Street (South), North Coltrane/N Sunnylane Rd (East), and I-235/N Broadway Ave (West). The offered space must meet specific requirements, including being built to DVA specifications, zoned for DVA's intended use, a full-service lease, not in a FEMA 100-year floodplain, and not a sublease. Proximity to public transportation is preferred. Proposals will be evaluated based on price and technical factors such as site/location, past performance, and experience. The VA emphasizes compliance with federal and local standards for fire safety, physical security, accessibility, and environmental considerations. Offerors must provide various submittals, including a Proposal to Lease Space (GSA Form 1364), Lessor’s Annual Cost Statement (GSA Form 1217), and evidence of financial capability and zoning compliance.
Exhibit A Global Lease Template L100 (May 2025).pdf
PDF1000 KBMar 26, 2026
AI Summary
This government file outlines a lease agreement (Lease No. 36C24W26L0021) between a Lessor and the United States Government, acting through the Veteran’s Administration (VA), for 1000 parking spaces and associated appurtenant rights. The document details the lease terms, including annual rent, operating costs, and tenant improvement allowances, with provisions for free rent and prorated payments. It also covers termination rights, documents incorporated into the lease, and rental adjustments for tenant improvements and real estate taxes. Key sections address construction standards, shell components, design, construction, and post-award activities, as well as utilities, services, and obligations during the lease term. Emphasis is placed on accessibility, environmental due diligence, and compliance with acts like the Energy Independence and Security Act and the National Historic Preservation Act. The Lessor is responsible for the professional quality of all work and adherence to specified standards.
Exhibit B Agency Requirements (002) revised.pdf
PDF315 KBMar 26, 2026
AI Summary
The Oklahoma City VA Hospital is seeking a lease for overflow parking, RLP 36C24W26R0011, requiring a minimum of 1000 spaces, including 970 standard, 26 ADA, and 4 van-accessible handicap spaces. The parking area must be free of defects, clearly marked, and comply with accessibility standards. Key requirements include a Video Surveillance System (VSS), adequate lighting for safety and surveillance, fenced perimeter, and two shuttle waiting areas with seating and protection from elements. Entrances and exits must feature RFID-enabled auto and walk-through gates. The lessor is responsible for developing and maintaining a comprehensive signage program that meets local codes and VA requirements, including mandatory VA signage. Physical security must meet Federal Security Level 2, deterring unauthorized entry and disruptive acts. Landscaping must be maintained to minimize concealment opportunities and not obstruct security views or lighting. Maintenance responsibilities include regular trash removal, annual gate adjustments, timely repair of pavement defects, lighting maintenance within 48 hours, periodic tree trimming, snow and ice removal, and resurfacing the parking lot every ten years.
Exhibit C - VA Security Requirements (FSL Level II) (Oct 2024).pdf
PDF821 KBMar 26, 2026
AI Summary
The document outlines comprehensive security requirements for Department of Veterans Affairs (VA) facilities, specifically for Facility Security Level II (FSL II). These requirements cover site, structure, entrance, interior, and security systems criteria, as well as operational and administrative security and cybersecurity measures. Key areas include site identification, landscaping, lighting, vehicle and pedestrian access control, and hazardous material storage. Structural security focuses on blast resistance for windows, facades, and the overall structure, with specific guidelines for new and existing construction. Entrance security mandates employee and visitor access control, regulatory signage, and secure perimeter doors. Interior security addresses critical and sensitive areas like pharmacies and telecom rooms. Security systems require extensive Video Surveillance System (VSS) and Intrusion Detection System (IDS) coverage, monitoring, duress alarms, and emergency power. Cybersecurity emphasizes prohibiting BACS connection to federal networks, incident response, and implementing DHS ICS-CERT and NIST-CSF recommendations for cyber protection. The document details responsibilities for lessors regarding installation, maintenance, and compliance with various federal standards and guidelines.
Exhibit D 3516 Solicitation Provisions (Feb. 2025) downloaded Feb 2026.pdf
PDF682 KBMar 26, 2026
AI Summary
This government file, GSA Template 3516, outlines the solicitation provisions for the acquisition of leasehold interests in real property. It defines key terms like "discussions," "proposal modification," and "proposal revision," and details procedures for submitting, modifying, revising, and withdrawing proposals, including conditions for late submissions and acceptable evidence of mailing. The document also addresses amendments, restrictions on data disclosure, and the lease award process, emphasizing best value evaluation and the government's right to reject proposals. It specifies requirements for parties executing the lease, service of protest, and facsimile proposals. Furthermore, it mandates System for Award Management (SAM) registration for offerors, including unique entity identifiers, and incorporates security prohibitions and exclusions, requiring representations and certifications regarding covered telecommunications equipment, FASCSA orders, and business operations in Sudan and Iran. Offerors must disclose non-compliance with these prohibitions.
Exhibit E 3517B General Clauses (Feb. 2025) downloaded Feb 2026.pdf
PDF1085 KBMar 26, 2026
AI Summary
This GSA Template 3517B,
Exhibit F Form 1364 Proposal to Lease Space (Jan. 2023).pdf
PDF1632 KBMar 26, 2026
AI Summary
The document is not a government file but rather a placeholder message indicating that the PDF viewer cannot display the content. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and assistance. The message also includes trademark information for Windows, Mac, and Linux. This document's purpose is to troubleshoot display issues, not to convey federal government RFP, grant, or state/local RFP information.
Exhibit G Form 1217 - Lessor_s Annual Cost Statement (Nov. 2016).pdf
PDF1273 KBMar 26, 2026
AI Summary
The GSA Form 1217,
Exhibit H - PP Questionnaire.pdf
PDF643 KBMar 26, 2026
AI Summary
This document is a Past Performance Questionnaire designed to assess a firm's performance on a project. It serves as a structured feedback mechanism, likely used in government RFPs, federal grants, or state/local RFPs to evaluate potential contractors or grantees. The questionnaire collects administrative details such as the names of the firm being rated, the firm providing feedback, project name, period of performance, contract type, award and completion dates, and contract values. It also identifies the assessing official and their association with the rated firm. The core of the document involves assessing performance across various categories, including compliance with lease requirements, quality and timely delivery of services, business relations, management of key personnel, reliability, customer support, and overall performance, using a rating scale from "Unsatisfactory" to "Exceptional." Additional comments and a rater's signature are also required. This form is critical for informed decision-making in procurement and grant processes.
Exhibit I - GSA Standard Form 330 Architect and Engineer Qualifications.pdf
PDF1039 KBMar 26, 2026
AI Summary
Standard Form 330 (SF330) is used by federal agencies to collect information on the professional qualifications of Architect-Engineer (A-E) firms. This form is essential for selecting A-E firms for federal contracts based on demonstrated competence and qualifications, as required by 40 U.S.C. chapter 11 and FAR Part 36. The form is divided into two main parts: Part I, which details qualifications for a specific contract, and Part II, which outlines the general qualifications of a firm or its branch offices. Part I requires information on contract details, proposed team members, organizational charts, key personnel resumes, and example projects. Part II covers general firm information, employee disciplines, experience profiles, and average annual revenues. Agencies may supplement these instructions, and firms are encouraged to keep their Part II submissions updated. The SF330 facilitates a standardized and transparent selection process for A-E services, ensuring that contracts are awarded to the most qualified firms.
Exhibit J - GSA527 Contractor Qualifications.pdf
PDF888 KBMar 26, 2026
AI Summary
The GSA Form 527, titled "CONTRACTOR'S QUALIFICATIONS AND FINANCIAL INFORMATION," is a comprehensive document designed to collect detailed financial and operational data from contractors seeking to establish financial responsibility with, or procure credit from, the U.S. General Services Administration. It requires information on general organization details, ownership, type of business, and product/service provided. The form also investigates financial stability, including bankruptcy history, judgments, liens, contingent liabilities, and any delinquencies on federal debt or outstanding claims. Furthermore, it probes into government financial aid received and indebtedness, requiring specifics on financing types and involved agencies. Contractors must provide detailed financial statements, including balance sheets and income statements, along with banking and finance company information, secured loans, and supplier details. For construction/service contracts, it requests information on current contracts in force and the largest jobs completed in the last five years, as well as surety bond information. The form concludes with a certification of the accuracy of the provided information.
Exhibit K Lease - New Construction (Feb 2026).pdf
PDF137 KBMar 26, 2026
AI Summary
This government file, Lease No. GS-36C24W26R0011, outlines specific requirements for new construction or significant rehabilitation projects where the Government is the sole or predominant tenant. It details the inclusion of several FAR clauses related to labor standards, including Contract Work Hours and Safety Standards Act, Construction Wage Rate Requirements, Withholding of Funds, Payrolls and Basic Records, Compliance with Copeland Act Requirements, Subcontracts (Labor Standards), Contract Termination–Debarment, Compliance with Construction Wage Rate Requirements and Related Regulations, Disputes Concerning Labor Standards, Certification of Eligibility, and Paid Sick Leave Under Executive Order 13706. The document also stipulates requirements for a detailed construction schedule within 30 working days of the Notice to Proceed (NTP) and an initial construction meeting within 15 working days. Lessors must submit progress reports every 20 working days, including percentage of work completed, photographs, expected completion dates, and any changes or issues. Construction inspections by the LCO or designated representative will occur to ensure compliance. Furthermore, new construction must conform to the 2021 International Energy Conservation Code (IECC) and the 2019 ASHRAE Standard 90.1 for utilities, and lessors are encouraged to purchase at least 50% of the Government tenant’s electricity from renewable sources.
Exhibit L DOL Wage Determination.txt
Text17 KBMar 26, 2026
AI Summary
The document,
Exhibit M Tenant Improvements Cost Summary (TICS) Table (Oct 2024).pdf
PDF1113 KBMar 26, 2026
AI Summary
This government file,
Exhibit N FAR 52.204-24 Representation Digital (Nov. 2021).pdf
PDF668 KBMar 26, 2026
AI Summary
The "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" (Form 52.204-24, REV 11/21) is a critical document for Offerors engaging with federal agencies. It outlines prohibitions mandated by Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. This act restricts executive agencies from procuring or renewing contracts for equipment or services that use "covered telecommunications equipment or services" as a substantial component or critical technology. The prohibition, effective August 13, 2019, for direct procurement and August 13, 2020, for entities using such equipment, applies regardless of whether the use is under a federal contract. Offerors must declare whether they will provide or use such equipment/services and, if so, provide detailed disclosures including entity information, equipment/service descriptions, and an explanation of proposed use. Exclusions exist for certain third-party services like backhaul or equipment that cannot route user data. Offerors must also check the System for Award Management (SAM) for excluded parties.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 9, 2025
deadlineResponse DeadlineMay 4, 2026
expiryArchive DateMay 5, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
RPO WEST (36C24W)

Point of Contact

Name
Miranda Kloeppel

Place of Performance

Oklahoma City, Oklahoma, UNITED STATES

Official Sources